NAWCAD WOLF Aegis
ID: N00421-25-R-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Engineering Services (541330)

PSC

INSTALLATION OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (N020)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the design, procurement, integration, testing, training, and support of Command, Control, Communications, Computers, and Intelligence (C4I) electronic Radio Communication Systems (RCSs) for various United States Navy vessels, including AEGIS destroyers and cruisers. This opportunity is part of the organic Lead Systems Integrator (oLSI) approach, which allows the government to maintain control over intellectual property and data rights while rapidly adapting solutions to meet the evolving needs of the warfighter. The selected contractor will play a crucial role in enhancing the operational capabilities of the Navy's surface combatants and comparable ships. Interested parties can reach out to Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or call 443-975-4933 for further details.

    Files
    Title
    Posted
    The document acts as a placeholder, indicating that the intended content—likely a government file related to RFPs, federal grants, or state/local RFPs—could not be displayed. It advises the user that their PDF viewer may be incompatible and suggests upgrading to the latest version of Adobe Reader. The document also provides links for downloading Adobe Reader and seeking further assistance, along with trademark information for Windows, Mac, and Linux. Its purpose is to guide users encountering display issues with the actual government document.
    The document, N00421-25-R-0004 Attachment 02, is a placeholder for
    The document N00421-25-R-0004 is a Data Item Transmittal/Acceptance/Rejection Form used by the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) for the submission and review of Contract Data Requirements List (CDRL) items. It outlines the process for a contractor to submit a CDRL item, specifies the distribution for review, and details the government's acceptance or rejection procedure. The form includes sections for the government to indicate acceptance, acceptance with required comments for the next submission, or rejection with attached comments. In cases of rejection, it allows for specifying if change pages are sufficient for correction and sets a timeframe for resubmission, typically 30 days or another specified period. This form is essential for managing deliverables and ensuring compliance within federal government contracts.
    The document N00421-25-R-0004 Attachment 04, titled "COR Designation Letter," serves as a placeholder for a Contracting Officer's Representative (COR) Designation Letter. This attachment is intended to be incorporated into a future modification, specifically P00001, of the main solicitation or contract. Its purpose is to formally designate the COR for the contract, outlining their responsibilities and authority. This placeholder indicates that the formal designation will be provided at a later stage of the procurement process.
    The document N00421-25-R-0004 Attachment 05 lists Organizational Conflict of Interest (OCI) information related to Contract N00178-19-D-8547 Task Order N00421-22-F-3005. This contract involves project management, organizational management, administrative, post-award contract, material acquisition, and technical and systems engineering support for projects within the Ship and Air Integrated Warfare (SAIW) portfolio. The prime contractor is Spalding Consulting, Inc., with subcontractors including Science Applications International Corporation (SAIC), Shadowens Services, Inc., and JEMMCo Consulting, LLC. The attachment details the services provided by each entity under the same contract and task order, specifying their addresses and contact information. This file serves as a disclosure of potential OCIs within a federal government procurement context.
    This document, N00421-25-R-0004 Attachment 06, is a placeholder for a "List of Approved Subcontractors." It explicitly states that this list will be incorporated into a future modification, specifically P00001. The document's brevity indicates that it is not yet the final list but rather an administrative note within a larger government procurement process, likely an RFP or grant application. Its purpose is to signal the future inclusion of critical information regarding subcontractors for the main project, identified by the solicitation number N00421-25-R-0004.
    The Contract Surveillance Plan/Quality Assurance Surveillance Plan (CSP/QASP) for AEGIS outlines the Government's approach to ensuring contractor performance and quality of services for Naval Air Warfare Center Aircraft Division (NAWCAD) requirements. This hybrid document details surveillance methods, responsibilities of the Contracting Officer (KO), Contracting Officer’s Representative (COR), and Government Project Leads (GPLs), and performance standards for engineering, technical, logistics, integration, training, and testing support services. The contract, with a base year and eight option years, will use Cost-Plus-Fixed-Fee (CPFF) and cost-reimbursable Contract Line Item Numbers (CLINs). Surveillance includes Contractor Performance Assessment Reporting System (CPARS) evaluations and 100% inspection of deliverables against defined quality standards, with incentives tied to satisfactory performance for future CLIN awards.
    The provided government file outlines the requirements for a Contractor's Management Report, specifically focusing on Technical Direction Letters (TDLs) as part of federal government RFPs, federal grants, and state and local RFPs. The report mandates a detailed breakdown for each TDL, covering financial aspects such as estimated and funded amounts, expenditures, and balances for labor, travel, material, and other direct costs (ODCs). It also requires comprehensive reporting on progress against milestones, identification of problem areas and proposed solutions, task schedule status, and the status of all assigned deliverables. Furthermore, the document emphasizes the need to identify new and proposed subcontractors, detailing their capabilities. The file includes sample data and instructions for completing the report, ensuring a standardized approach to tracking and managing contract performance and financial health across various government projects.
    The document outlines a comprehensive reporting framework for government contracts, specifically focusing on Contractor’s Representative (COR) Management Reports for Technical Direction Letters (TDLs). It details various sections, including a title page, IDIQ Basic Roll Up, COR TO Data Breakout, Task Order Summary, CLIN Breakout, Rate Analysis, COR Spend Plan per CLIN, and COR ODC Roll Up Reporting. Each section provides definitions and requirements for reporting on contract specifics such as contractor details, contract and task order numbers, period of performance, financial data (labor hours, costs, ceilings, funding, burn rates), travel, material purchases, and personnel data. The document emphasizes tracking expenditures, commitments, and variances, along with projections like Estimate at Completion (EAC) and projected funding needs. It also includes instructions for data entry, security classifications, and the need to add rows for additional CLINs as required.
    The document, identified as Attachment 10 for solicitation N00421-25-R-0004, is titled "Small Business Subcontracting Plan." It is explicitly noted as a placeholder to be incorporated in modification P00001. This indicates that the document outlines requirements or provisions related to small business subcontracting within a federal government Request for Proposal (RFP) or contract. The placeholder status suggests that while the plan is an essential component, its final integration and specifics will be solidified in a subsequent contractual amendment.
    The government file N00421-25-R-0004, Attachment 11, outlines the incorporation of a Department of Labor Wage Determination (WD) into a contract. This attachment specifies that the WD, identified as 15-4279 with revision 29 and dated 07/08/25, is to be considered part of the contract with the same legal force as if provided in full text. The document also states that the Wage Determination can be accessed electronically via www.wdol.gov. The designated place of performance for this contract is St. Mary’s County, Maryland. This attachment ensures that labor wages for the contract adhere to federal standards for the specified location.
    This government file, N00421-25-R-0004 Volume 3, Attachment C2, outlines the comprehensive "Cost Reimbursable Narrative" requirements for offerors and subcontractors. It serves as a detailed guide for submitting administrative, cost, and pricing information in response to a federal RFP. The document mandates specific data on company and subcontractor details, including UEI, CAGE codes, points of contact, and validity dates. Key sections require extensive financial disclosures, such as direct labor rates, historical escalation, indirect costs, and accounting system information. Offerors must also address organizational conflicts of interest, estimating practices, profit/fee, other direct costs, and price reasonableness. The attachment emphasizes consistency between narrative descriptions and cost calculations, ensuring full transparency and compliance with federal acquisition regulations like the Service Contract Labor Standards.
    Attachment C3, titled “FIXED/T&M PRICE NARRATIVE” (N00421-25-R-0004, Volume 2 – Cost/Price), is a crucial document for subcontractors responding to federal solicitations. It outlines administrative and cost/price information, requiring subcontractors to provide details such as solicitation number, company information, UEI, CAGE Code, and point of contact. Subcontractors must submit applicable enclosures like Section K, OCI KTXT.209-9511 with a mitigation plan (if needed), letters of commitment for contingent hires, and Service Contract Labor Standards documentation. The attachment also mandates responses regarding Section K clauses, SAM representations, and an Organizational Conflict of Interest (OCI) declaration. Subcontractors must address Service Contract Labor Standards (FAR 52.222-41) and describe any deviations from Attachment C3, culminating with an authorized signature. The document ensures compliance and transparency in the bidding process, aligning with federal procurement regulations.
    This government file details labor categories, levels, locations (on-site, off-site, remote), BLS SOC codes, and estimated regular and overtime hours for a range of professionals across a nine-year term, and per hull. The document includes roles such as Computer Hardware Engineers, Computer Programmers, Electrical and Electronic Engineering Technologists and Technicians, Electrical Engineers, Mechanical Engineers, Financial Specialists, Logisticians, Management Analysts, Project Management Specialists, Data Entry Operators, Drafter/CAD Operators, Electronics Technician Maintenance, Engineering Technicians, Technical Instructors/Course Developers, Technical Writers, and various other support roles like Quality Control Inspectors, Supply Technicians, Truckdrivers, Warehouse Specialists, and Word Processors. Key personnel are identified within certain engineering and management categories. The total estimated term hours are 680,360, with an additional 93,510 estimated hours per hull for specific roles. This file likely serves as a critical component in federal government RFPs, outlining the required labor resources and their allocation for a multi-year project or program.
    The NAWC AEGIS Follow-On Contract outlines a 9-year structure that includes levels of effort (LOE) for engineering, training, and production completion across multiple hulls, specifically Hulls 1-15. Each year features designated labor and ODC contract line item numbers (CLINS) for both services and production tasks. The contract allows for continuity in support for 15 Radio Communication Systems (RCSs) over the stipulated duration.
    The Small Business Participation Commitment Document (SBPCD) N00421-25-R-0004 is a crucial attachment for government contractors, requiring them to detail their commitment to small business subcontracting goals. This document, outlined in Section L, Part B, Paragraph 3.1, mandates offerors to specify their prime offeror size and socioeconomic categories. It also requires a comprehensive breakdown of proposed subcontracted values across various small business socioeconomic categories, including Small Disadvantaged Businesses, Woman-Owned Small Businesses, HUBZone, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses. Additionally, offerors must list participating small businesses, including their CAGE codes, business categories, products/services, and NAICS codes. The SBPCD ensures accountability and transparency in achieving federal subcontracting objectives, emphasizing that small business dollars should be accurately reported across applicable categories without double-counting the overall small business goal.
    This government file, identified as N00421-25-R-0004 Volume 1 - Technical, Attachment T1, outlines two sample tasks for a prospective contractor. The document is structured to prompt the contractor to provide responses to "Sample Task One (1)" and "Sample Task Two (2)" within specific sections of the solicitation, namely Section L, Part B, paragraph 1.1.1.1 and 1.1.1.2, respectively. The file explicitly labels these tasks as "SOURCE SELECTION INFORMATION" in accordance with FAR 2.101 and 3.104, indicating their critical nature in the evaluation process of proposals. The main purpose of this document is to solicit detailed technical responses from contractors for these two defined sample tasks, which are integral to the government's procurement process.
    The "KEY PERSONNEL AND QUALIFICATION MATRIX" (Attachment T2, N00421-25-R-0004) is a federal government document for Request for Proposals (RFPs) that requires contractors to provide detailed resumes and qualification matrices for proposed key personnel. This attachment outlines the specific format for presenting information, including general details (name, current position, proposed labor category, security clearance, relevant experience), education history (degrees, majors, institutions, years earned), job training and certifications, and comprehensive work experience (employer, position titles, dates, total years, detailed experience demonstrating duties, qualifications, and responsibilities). The document emphasizes that all experience must be clearly outlined in the provided sections to be considered by the government. A critical component is the "KEY PERSONNEL QUALIFICATION MATRIX," where contractors must explicitly demonstrate how each proposed employee's experience, education, and training meet or exceed all mandatory minimum qualifications and required experience detailed in the Statement of Work/Performance Work Statement (SOW/PWS). This matrix requires a direct correlation between the individual's background and the functional description and required experience for the proposed labor category, ensuring a thorough evaluation of personnel suitability for the contract.
    The document provides detailed instructions for Prime Contractors and Subcontractors on completing a Cost Reimbursable Summary Spreadsheet for government proposals. It outlines formatting requirements, such as unprotected cells with intact formulas and dollar figures to two decimal places. Key instructions for Prime Contractors include entering their name in cell A3, filling in indirect rates, listing employees or
    This document outlines a Contract Data Requirements List (CDRL) for the SAIW AEGIS system, detailing 14 data items (A001-A014) required from a contractor. These items span various categories including management, miscellaneous, quality control, and non-destructive testing and inspection. Deliverables include monthly status reports, financial reports for Technical Direction Letters, Organizational Conflict of Interest mitigation plans, project closeout reports, trip reports, government property inventory reports, phase-out transition plans, quality assurance program plans, process documentation, inspection and test plans, an Operations Security plan, and engineering change requests and technical information reports. Each data item specifies authorities, contract references, requiring offices, frequency, submission dates, and distribution requirements. The document emphasizes electronic submissions compatible with Navy Marine Corps Intranet (NMCI) Microsoft Office or Adobe Acrobat. Government review and feedback periods are defined for most deliverables, with contractors typically required to submit final versions promptly after receiving comments. The overall purpose is to ensure comprehensive data delivery and management throughout the contract lifecycle.
    This Request for Proposal (RFP) N0042125R0004 outlines a full and open competition for a Cost-Plus-Fixed-Fee (CPFF) contract with Cost Reimbursable (non-fee bearing) Other Direct Costs (ODC) for Engineering Services (NAICS 541330) related to AEGIS Radio Communication Systems (RCS). The Naval Air Warfare Center Aircraft Division (NAWCAD) WOLF requires engineering, technical, logistics, integration, training, and testing support services for C4I electronic RCS on various Navy ships. The contract has a complex CLIN structure spanning a base year and eight option years, covering labor and ODCs for engineering, management, training, and production of multiple RCS systems. Key requirements include maintaining compatibility with Government IT environments, adherence to specific work locations (36% Government site, 64% contractor site, with 8% telework eligible), strict security clearances up to Top Secret for various labor categories, and detailed reporting. The total estimated level of effort is 680,360 man-hours. The contractor must also provide facilities within 50 drivable miles of NAWCAD WOLF, St. Inigoes, MD, including industrial space of at least 7,500 square feet, and transport capabilities for equipment.
    Lifecycle
    Title
    Type
    NAWCAD WOLF Aegis
    Currently viewing
    Solicitation
    Special Notice
    Similar Opportunities
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    AEGIS Fielding and Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors to provide engineering support, software development, in-service maintenance, integration, logistics, and fielding support for the AEGIS combat system configurations that have already been delivered or are in the process of being delivered to the U.S. Navy fleet. This contract, titled "AEGIS Fielding and Sustainment," is critical for ensuring the operational readiness and effectiveness of the AEGIS fire control systems, which play a vital role in naval defense capabilities. Interested parties can reach out to primary contact Daniel Kittrell at daniel.m.kittrell.civ@us.navy.mil or by phone at 202-781-5405, or secondary contact Zachary Cooper at zachary.h.cooper2.civ@us.navy.mil or 202-781-0676 for further details regarding this opportunity.
    Littoral Combat Ship Planning Yard Support
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking proposals for Planning Yard Support for the Littoral Combat Ships (LCS) Class. This procurement aims to provide comprehensive engineering, technical, planning, ship configuration, data, and logistics lifetime support efforts necessary for the modernization of the LCS fleet. The services are critical for maintaining the operational readiness and effectiveness of combat ships and landing vessels, ensuring they meet evolving mission requirements. Interested bidders can reach out to Jacob Juros at jacob.a.juros.civ@us.navy.mil or Kathryn Corvello at kathryn.f.corvello.civ@us.navy.mil for further details, with updated government responses to bidders' questions available in PIEE's attachments dated December 1, 2025.
    USS WICHITA (LCS 13) FY26 DSRA AND USS THOMAS HUDNER (DDG 116) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS WICHITA (LCS 13) and USS THOMAS HUDNER (DDG 116). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, with the contracts expected to be awarded as two separate Firm-Fixed-Price agreements. The solicitation is open to qualified offerors on the East Coast, with a focus on ensuring adequate competition, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. Proposals are due by December 5, 2025, and inquiries can be directed to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Paul Kang at paul.k.kang.civ@us.navy.mil.
    58--CONTROL,COMMUNICATI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair and modification of communication control equipment, identified by NSN 7RH 5895 015975757 KB and part number 697907-9. The contractor will be responsible for overhauling, upgrading, and returning the specified items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of communication systems within the Navy. Interested contractors must ensure they are an approved source and submit the required documentation as specified in the NAVSUP WSS Source Approval Brochure, with inquiries directed to Casey Brown at casey.m.brown20.civ@us.navy.mil or by phone at 215-697-3752.
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    HORIZON REFERENCE SYSTEM FOR ARLEIGH BURKE-CLASS GUIDED MISSILE DESTROYERS, CONSTELLATION-CLASS FRIGATES, AND FREEDOM AND INDEPENDENCE-CLASS LITTORAL COMBAT SHIPS
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the Horizon Reference System intended for Arleigh Burke-class guided missile destroyers, Constellation-class frigates, and Freedom and Independence-class littoral combat ships. The procurement aims to enhance navigation and guidance systems, which are critical for the operational effectiveness of these naval vessels. This solicitation is particularly focused on clarifying that no pricing is required for the Contract Line Item Numbers (CLINS) at the Multiple Award Contract (MAC) level, ensuring that proposals can be submitted without dollar values in Section B. Interested parties can direct inquiries to Kelly Gray at kelly.e.gray13.civ@us.navy.mil or Melissa Bucci at melissa.a.bucci.civ@us.navy.mil for further information.
    Repair of NIIN 014334368
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 014334368, which pertains to airborne radio and television communication equipment. The procurement aims to ensure the operational readiness and reliability of critical communication systems used by the Navy. This opportunity is vital for maintaining the effectiveness of airborne communication capabilities, which are essential for mission success. Interested contractors can reach out to Christian Markle at 215-697-3563 or via email at christian.m.markle.civ@us.navy.mil for further details regarding the solicitation document.
    LSO, IPIP ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair of the LSO, IPIP ASSY, which falls under the NAICS code 334290 for Other Communications Equipment Manufacturing. The procurement aims to establish a contract for the repair of specific equipment, with a required Repair Turnaround Time (RTAT) of 90 days and adherence to Government Source Inspection (GSI) protocols. This equipment is critical for maintaining operational readiness within the Navy, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including unit prices and RTAT, to Rebecca Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL or by phone at 717-605-2774, with the solicitation details available for review.